RFQu #1919-051019 REQUEST FOR QUALIFICATIONS (RFQu)...Oct 19, 2005 · of services. 1. REMOVAL...
Transcript of RFQu #1919-051019 REQUEST FOR QUALIFICATIONS (RFQu)...Oct 19, 2005 · of services. 1. REMOVAL...
RFQu #1919-051019
REQUEST FOR QUALIFICATIONS (RFQu):
DEVELOPMENT SERVICES DEPARTMENT
CODE ENFORCEMENT DIVISION
FOR
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
Proposals must be received no later than:
Deliver proposal to the office of:
Maria G. Carrillo, Purchasing Manager [email protected]
777 B Street (3rd Floor) Hayward, CA 94541
WEDNESDAY, JUNE 05, 2019 @ 3:30 pm, PST
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
2 | P a g e
TABLE OF CONTENTS
PAGE
SECTION I INVITATION FOR QUALIFICATIONS 3 SECTION II BACKGROUND 4 SECTION III SCOPE OF WORK 5 SECTION IV FORMAT OF SUBMISSION 8 APPENDIX A Respondent Information Form EXHIBIT A City of Hayward Professional Services Agreement (Example) EXHIBIT B General Provisions EXHIBIT C Affirmation of Non-Nuclear Weapons Statement
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
3 | P a g e
SECTION I - INVITATION FOR QUALIFICATIONS NOTICE IS HEREBY given that the City of Hayward invites sealed proposal/qualifications/rate sheets to provide; on-call private property abatement services for Development Services Department – Code Enforcement Division. Each proposal shall be in accordance with the general provisions for purchase of work and services on file in the office of the Purchasing Department, 777 B Street, Hayward, CA 94541, where copies of said conditions and specifications may be inspected or obtained. All proposals must be in the format specified, enclosed in a sealed envelope and clearly identified with RFQu title, number, company name and due date.
Proposals shall be delivered electronically, via email to: [email protected] and copy to [email protected]; no later than Wednesday, June 05, 2019 @ 3:30 p.m., PST. It is the sole responsibility of the proposing agency to ensure that proposals are received prior to the closing time as late proposals will not be accepted.
Submission of a proposal shall constitute acknowledgment and acceptance of all terms and conditions contained in this RFQu and all exhibits and attachments hereto
COMMUNICATION REGARDING THIS RFQu
All communication from responding vendors regarding this RFQu must be in writing by email to [email protected] and copy to [email protected]. Communication by telephone or in person will not be accepted. Attempts by or on behalf of a prospective or existing vendor to contact or to influence any member of the selection committee, any member of the City Council, or any employee of the City of Hayward with regards to acceptance of a proposal may lead to elimination of that vendor from further consideration.
INQUIRIES All inquiries related to this RFQu are to be directed, in writing, to the contact person at the email address on the front cover of this RFQu. Information obtained from any other source is not official and should not be relied upon. All inquiries related to the RFQu process will be shared in writing with all perspective consultants.
LAST DAY FOR QUESTIONS The last day to submit questions is Tuesday, May 28, 2019 at 11:00 am. This will allow sufficient time for any addenda to be issued by the City to all bidders. All questions regarding this bid package must be submitted in writing via email and should be directed to Maria Carrillo, Purchasing Manager: [email protected] with a copy to Phillip Nichols, Interim Code Enforcement Manager: [email protected].
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
4 | P a g e
ADDENDA OR BULLETINS Any addenda or bulletins issued during the time of bidding shall form a part of the information and specifications issued to bidders for the preparation of their proposals and shall constitute a part of the contract documents. Initials of bidders on the bid form shall reflect receipt of all addenda prior to submittal of the bid.
SUBMITTAL DATE Complete copy of each response must be received before 3:30 p.m. on Wednesday, June 05, 2019, at the address on the front cover of this RFQu. Responses must not be sent by facsimile. Responses and their envelopes should be clearly marked with the name and address of the respondent and the project or program title. Late or incomplete submissions will not be accepted for consideration.
TENTATIVE SCHEDULE
ACTIVITY DATE
RFQ (REQUEST FOR QUALIFICATIONS) ISSUED MAY 14, 2019
LAST DAY FOR QUESTIONS MAY 28, 2019
PROPOSALS DUE JUNE 05, 2019
REVIEW/SELECTION JUNE 10, 2019
AWARD JUNE 13, 2019
SECTION II - BACKGROUND
The City of Hayward, California (the City) is located in Alameda County and is known as the “Heart of the Bay” because of its central and convenient location to San Francisco, Oakland, and San Jose. It is served by an extensive network of freeways and bus lines and has two BART stations and an Amtrak station. For well over a century, the City of Hayward has capitalized on its strategic location and natural assets to become a regional hub for commerce and trade. Comprising 45.32 square miles on the eastern edge of the San Francisco Bay, Hayward is an economically and ethnically diverse city of approximately 153,689 residents. Hayward is considered a community of opportunity and, unlike many other Bay Area cities, Hayward remains accessible, affordable and primed for growth. City staff plans to capitalize on public/private development opportunities for prime vacant land in key City corridors.
The City is governed by a City Council / City Manager form of government. The City Council is made up of six members plus a mayor that serves as the head of the City Council. The City Council appoints a City Manager to oversee the City’s twelve departments. Additional information regarding the City of Hayward may be obtained at: http://www.hayward-ca.gov/about.shtm
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
5 | P a g e
SECTION III - SCOPE OF WORK
The City of Hayward, Code Enforcement Division seeks to retain an on-call contractor; tradesperson(s) or journeyman painter (hereinafter “Contractor”) with specific technical experience with graffiti abatement, paint solvents, color-match, finish-match, adhesion techniques and application on various textured surfaces. More specifically, graffiti will be removed on private property structures or features within the city jurisdiction including but limited to; walls, fences, signs, pavement, windows, or any surface visible at curbside. Proposing contractors are hereby invited to submit their qualifications in accordance with the terms of this document.
SCOPE OF SERVICES SOUGHT IS TWO-FOLD
1. INITIAL ABATEMENT: The Contractor will have the opportunity to complete the initial abatement of all agreed upon graffiti sites. A list of the existing sites will be provided. Responding Contractor should investigate each of the existing sites, determine the best abatement solution for each, whether paint, wash, or other method. The solution and proposed cost by graffiti site should be provided, along with a schedule for completion. The approach for abating the existing sites must be consistent with all requirements set forth in this RFQu.
2. ON-CALL SERVICES: The Contractor will provide on-call graffiti abatement services at the request of a designated City staff member. The basic cost of these services shall be negotiated with the Contractor; as instances of graffiti arise, the Contractor shall provide an abatement price based upon these negotiated rates. The City, however, reserves the right to negotiate graffiti abatement on an instance-by-instance basis as circumstances warrant. The procedures and expectations for on-call services are set forth in following sections.
DUTIES AND PROCEDURES The Contractor shall adhere to the following duties and procedures in the fulfillment of the scope of services.
1. REMOVAL METHODS: Contractor will remove graffiti through power washing, using graffiti remover, and/ or painting the graffiti surface to restore property to the original condition. Graffiti shall be removed so that the area surrounding it constitutes a box, circle, or other geometric shape to minimize the appearance of shadows. Graffiti removal methods shall not harm, deface, or permanently mark the impacted surface; and surfaces near the graffiti area shall be protected from removal work. If paint is proposed as a removal method, paint shall
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
6 | P a g e
match one of the colors specified by the City staff, consistent with the primary surface. All painting shall be applied in enough quantity to completely remove the graffiti from being visible or detectable. Power washing may be required for surfaces specified. It is the Contractor's responsibility to ensure that the disposal of all waste water and debris is conducted in accordance with all existing local, state, and federal regulations.
2. PERSONNEL AND EQUIPMENT: All graffiti removal work shall be performed with qualified
and trained staff in a professional manner. All staff for the Contractor shall wear uniforms clearly identifying the company name and present an ID badge upon request. All uniforms shall always be clean and neat. Contractor's vehicles and equipment shall be provided by Contractor and be neat in appearance, easily identifiable, and in mechanically sound condition. Furnish all labor, supervision, equipment, vehicles, tools, supplies, and manufactured articles including but not limited to pressure washer, digital camera, paint, and graffiti removal products as well as furnishing all transportation including fuel, power, water, and essential communications.
3. WORKORDERS AND COMMUNICATION: Workorders for abatement will be provided by e-mail to the Contractor from the City's representative. The Contractor shall respond by e-mail promptly with an acknowledgment of receipt; if sent before 12:00 pm, the Contractor shall respond by 5:00 pm the same day or if sent after 12:00 pm, the Contractor shall respond by 9:00 am the next day. If graffiti placed is considered inflammatory or warrants urgent removal, in the workorder notice, the City representative will indicate as such, requesting a more immediate response.
4. ABATEMENT ACTION PLAN: The Contractor shall evaluate the workorder and the actual
graffiti site, creating an abatement action plan. The abatement action plan shall include the following: digital photograph of the graffiti, surface type, proposed removal method, traffic control plan (if necessary), schedule, and price (based on negotiated rates). The abatement action plan shall be provided to the City representative within 24 hours of the acknowledgement of receipt of the initial workorder request. The Contractor shall perform all work in a manner to minimize disruption of normal commercial and residential use in all assigned areas. Each time work is completed, the Contractor is responsible for cleaning and removing from each area worked in, all debris, materials and equipment associated with the work performed.
5. NOTICE TO PROCEED AND SCHEDULE: Once the abatement action plan is approved by the City representative, a notice to proceed (NTP) will be issued to the Contractor. The abatement action plan shall be completed within 48 hours of receiving assignments and 24 hours for designated "hot spots" or reported gang and/or inflammatory graffiti. Due to logistics, complexity, and necessary traffic control and safety measures, if additional time is
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
7 | P a g e
necessary, the City representative may consider an extension. The Contractor is not to remove graffiti until an NTP is issued.
6. RESPONSIVENESS: The City expects the Contractor to respond promptly through the weekends and holidays. Work shall be performed during or after business hours, on weekends and during holidays as directed. Removing graffiti as quickly as possible is essential.
7. DIGITAL DOCUMENTATION: Contractor shall produce digital photographs of the graffiti and job site before work is performed and after work has been completed. Digital photographs shall be saved with the date and location. Digital documentation shall be submitted via e-mail and accompany all invoices and be submitted to City representative. Evidence of completed workorders shall consist of such digital photographs provided to the City representative.
8. PROPERTY DAMAGE: The Contractor will perform all graffiti removal services in such a manner that no property is damaged. In the event damage occurs to private property or any adjacent property from any services performed under this contract, the Contractor shall notify the City representative within 24 hours and replace or repair same at no cost.
9. PERFORMANCE: Contractor will have ten (10) days to correct any unsatisfactory performance as determined by the City representative for no extra compensation. If the correction is not made within ten (10) days, no payment shall be rendered for the work. If two of these instances occur within a 12-month period without correction in 10 days, the City reserves the right to issue a stop workorder pending a decision a notice to proceed may be issued or 30-day notice to terminate contract may be issued within 7-days of stop workorder issuance. 10a. Contractor shall maintain all permits, certificates, and licenses necessary to perform the graffiti removal services described herein.
10b. Contractor may not assign this contract or subcontract to another party for performance of the terms and conditions hereof without the written consent of the City. All correspondence authorizing subcontracting must reference the contract and identify the specific job being subcontracted.
CONTRACT TERM
Contract duration is expected to be through June 30, 2020, with two (2) one-year options to renew. The annual renewal of the contract shall be at the sole discretion of the City.
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
8 | P a g e
SECTION IV - FORMAT OF SUBMISSION
SUBMITTAL REQUIREMENTS Submittals mailed or delivered in-person shall be prepared in a wire or plastic-bound "8 ½ x 11” format and limited to 20 pages, including brochures (not including references or resumes). Covers and dividers are not included in the page count. In addition, any information that needs to be returned should not be submitted. The contractor is requested to include the following information in response to the RFQu. It is expected that submissions will follow the format listed below:
INFORMATION ABOUT CONTRACTOR
A. Provide basic company information: owner, company name, address, name of primary contact, telephone number, fax number, e-mail address, and company website (if available). If contractor or company has multiple offices, the qualification statement shall include information about the parent company and branch office separately. Provide form of ownership, including state of residency or incorporation, and number of years in business. Indicate if the proposing firm is a sole proprietorship, partnership, corporation, Limited Liability Corporation (LLC), or other structure.
B. Identify and provide the name of the project manager who will be assigned to this contract. The project manager is the foreman or responsible person overseeing and/or participating in the actual work. Provide all relevant experience along with references for the project manager, completed projects and contact information for references.
C. Provide the overall qualifications and experience for the firm itself with references. These references may overlay with those for the project manager.
D. Overall at least three (3) references must be provided, illustrating similar and relevant experience with services provided to organizations, communities or agencies, highlighting successfully completed abatement projects. Please include references of people, firms, or agencies that may be contacted to verify this experience. Please provide name, e-mail address, and phone number. References should be able to validate firm experience and project manager experience. Demonstrating successful experience with public agencies is highly desired.
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
9 | P a g e
APPROACH AND RESPONSIVENESS 1. Approach and solution to abate each of the itemized existing graffiti sites. Clearly
indicate by example, the proposed method of removal or covering the graffiti site(s)
2. General approach to providing on-call services to the City, including, implementation plan and schedule for initiating service following award of contract.
3. Propose methods of removing or covering graffiti. Provide examples and approaches to
abate graffiti on various surfaces. 4. Provide examples of responsiveness to service request and the estimated time for
removal from initial request.
COST AND PRICING
1. Provide cost proposal as follows: (a) abatement of the itemized existing graffiti as a "not to exceed" lump sum and (b) Provide a complete list of rates for services from which the cost of each on-call service request shall be priced.
2. Both cost proposals must be inclusive of all related costs including but not limited to: materials, transportation, labor, equipment, and administrative costs and any taxes that may be levied. It is the responsibility of the bidder to determine any and all taxes and/or fees and include same in the proposal.
INSURANCE REQUIREMENTS Contractor shall demonstrate ability to fulfill insurance requirements as identified in RFQu, Exhibit A (review attachment).
AWARD OF CONTRACT The City reserves the right to reject any and all proposals, to contract work with whomever and in whatever manner the City decides, to abandon the work entirely and to waive any informality or non-substantive irregularity as the interest of the City may require and to be the sole judge of selection process. The City also reserves the right to negotiate separately in any manner to serve the best interest of the City. The City retains the right, at its sole discretion, to select a successful vendor.
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
10 | P a g e
SELECTION PROCESS The City of Hayward will evaluate all submittals to determine which Contractor has the experience and qualifications that are most suited for this project based on the criterion listed below. The City may request personal interviews with the highest-ranked Contractor or may request one or more prospective Contractor to submit detailed proposals.
CATEGORY CRITERION – WEIGHTED 150 POINT MAXIMUM
Qualifications of Contractor
• Qualifications and experience (5 points)
• References for experience (10 points)
• Project manager's qualifications and experience (10 points)
• Project manager's references for experience (15 points)
• Overall examples of similar and relevant work (20 points)
• Demonstrated experience with public agencies (10 points)
• Approach and responsiveness to graffiti abatement (20 points)
• Completeness and responsiveness to RFQu requirements (10 points)
Appropriateness of Cost
• Rates: Labor costs (hourly rate) and materials within reason given the scope of work (50 points)
CITY’S RIGHTS RESERVED The City reserves the right to select the proposal which in its sole judgment best meets the needs of the City. The lowest proposed cost will not be the sole criterion for recommending the contract award. The recommended selection of the evaluation committee is final and subject only to review and final approval by the Steering Committee and the City Council.
The City reserves the right to reject any or all proposals and to waive technicalities and informalities when such waiver is determined by the City to be in the City’s best interest.
The City reserves the right to retain all accepted proposals, including proprietary documentation, regardless of which proposal is selected. No proposals will be returned to vendors.
The City reserves the right to request any supplementary information it deems necessary to evaluate proposer’s experience or qualifications. This may include supplemental financial information, additional interview(s), and/or additional presentation by the proposer.
The City reserves the right to reconsider any proposal submitted at any stage of the procurement. It also reserves the right to meet with select proposers at any time to gather additional information. Furthermore, the City reserves the right to delete or add functionality (i.e., modules and components) until the final contract signing.
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
11 | P a g e
The City reserves the right to cancel, in part or in its entirety, this RFQu, including, but not limited to: selection schedule, submittal date, and submittal requirements. If the City cancels or revises this RFQu, all proposers will be notified in writing by the City.
The City reserves the right to revise the RFQu prior to the date that proposals are due. The City will communicate changes through addendum to this RFQu. All registered proposers will be notified of revisions to the RFQu. The City reserves the right to extend the date by which the proposals are due.
The City reserves the right to split the award from this RFQu between multiple proposals when such split award is determined to be in the best interests of the City.
The City reserves the right, in its sole discretion, to reject any and all proposals and to waive informalities and minor irregularities in any proposals received. Failure to furnish all information requested or to follow the format requested herein may disqualify the proposer, in the sole discretion of the City. False, incomplete, misleading or unresponsive statements in a proposal may also be sufficient cause for a proposal’s rejection. This RFQu does not commit the City to award a contract. All proposals submitted in response to this RFQu become the property of the City and public records, and as such, may be subject to public review.
The City shall not be liable for any pre-contractual expenses incurred by prospective vendors or selected contractors, including but not limited to costs incurred in the preparation or submission of proposals. The City shall be held harmless and free from any and all liability, claims, or expenses whatsoever incurred by, or on behalf of, any person or organization responding to this RFQu.
If the successful proposer defaults, the City may award this RFQu to the next best proposal and may recover the loss occasioned by the successful proposer against a surety bond, if any, or by suit against the successful proposer.
The City reserves the right to cancel, in part or in its entirety, this RFQu including, but not limited to: selection procedures, submittal date, and submittal requirements. If the City cancels or revises the RFQu, all interested firms will be notified.
All proposals submitted in response to this RFQu become the property of the City and public records and, as such, are subject to public review.
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITTI ABATEMENT SERVICES
12 | P a g e
PROTEST Should any proposer question or protest the award of the contract, such question or protest must be furnished in writing to the Purchasing Manager within three (3) calendar days after the City notifies all proposers of its intent to award. Such submittal must fully explain the basis of the objection supported by all relevant information facts and details. Letter must be signed by an authorized representative stating specific reason(s) for the protest including all relevant facts (law, rule, regulation, and criteria).
Questions or protests not furnished in writing as prescribed will not be accepted.
End of Proposal
Bid# 1919-051019
APPENDIX - A1
APPENDIX -A PROPOSER RESPONSE PAGE
1 | P a g e
PROPOSER BACKGROUND INFORMATION
A. COMPANY INFORMATION Company Name:___________________________________________________________ Local Address: ____________________________________________________________ ____________________________________________________________
Telephone Number (Voice): _________________________________________________ Telephone Number (Fax): ___________________________________________________ Headquarters: ____________________________________________________________ Address: ____________________________________________________________
____________________________________________________________
Telephone Number (Voice): _________________________________________________ Telephone Number (Fax): ___________________________________________________ Contact Person: ______________________________________________________ Title: ______________________________________________________ Location: ____________________________________________________________
____________________________________________________________
Telephone Number (Voice): _________________________________________________ Telephone Number (Fax): ___________________________________________________ E-MAIL ADDRESS: _________________________________________________________
Bid# 1919-051019
APPENDIX - A1
APPENDIX -A PROPOSER RESPONSE PAGE
2 | P a g e
PROPOSER SIGNATURE PAGE B. PROPOSAL SUBMITTED BY:
COMPANY ___________________________________________________ ADDRESS: ___________________________________________________ ____________________________________________________
BY: ____________________________________________________________ (Signature of Authorized Representative) ____________________________________________________________ (Print or Type Above Name and Title) _________________________ ______________________________ (Date) (Telephone) ADDENDUM RECEIPT The receipt of the following addenda to the specifications, if issued, is hereby acknowledged: Addendum No. _________________ Date ___________________ Addendum No. _________________ Date ___________________ Addendum No. _________________ Date ___________________
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
EXHIBIT A
SAMPLE CONTRACT
1 | P a g e
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF HAYWARD AND (NAME
OF Consultant)__________________________
THIS AGREEMENT, dated for convenience this day of , 20 , is by and
between (name of consultant)_____________________________, a [insert here a description of the
capacity of the contractor such as a sole proprietorship, a California corporation, or a limited
partnership]_____________________________________________,
______________________________________ ("Consultant") and the CITY OF HAYWARD, a public body
of the State of California ("City");
RECITALS:
WHEREAS, Consultant is specially trained, experienced, and competent to perform the special
services which will be required by this agreement; and
WHEREAS, Consultant is willing to render such professional services, as hereinafter defined, on the
following terms and conditions.
NOW, THEREFORE, Consultant and the City agree as follows:
AGREEMENT:
Scope of Service. Subject to the terms and conditions set forth in this agreement, Consultant shall
provide to the City, the services described in Exhibit ___. Consultant shall provide said services at the time,
place, and in the manner specified in Exhibit ___.
Compensation. City hereby agrees to pay Consultant as provided in Exhibit ___. Total
compensation for Consultant's services and expenses incurred pursuant to this agreement shall not exceed the
sum of $______________.
Effective Date and Term. The effective date of this agreement is __________________] and it
shall terminate no later than _________________.
Independent Contractor Status. It is expressly understood and agreed by both parties that
Consultant, while engaged in carrying out and complying with any of the terms and conditions of this
agreement, is an independent contractor and not an employee of the City. Consultant expressly warrants not to
represent, at any time or in any manner, that Consultant is an employee of the City.
Billings. Consultant shall submit monthly bills to the City describing its services and costs
provided during the previous month. Except as specifically authorized by City, Consultant shall not bill City
for duplicate services performed by more than one person. Consultant's monthly bills shall include the
following information to which such services or costs pertain: a brief description of services performed, the
date the services were performed, the number of hours spent and by whom, and a brief description of any costs
incurred, and the Consultant's signature. In no event shall Consultant submit any billing for an amount in
excess of the maximum amount of compensation provided above.
Advice and Status Reporting. Consultant shall provide the City with timely advice of all significant
developments arising during performance of its services hereunder orally or in writing.
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
EXHIBIT A
SAMPLE CONTRACT
2 | P a g e
Designation of Primary Provider of Services. This agreement contemplates the services of
Consultant firm, [Name, Name, and Name]________________________________. The primary provider of
the services called for by this agreement shall be [insert here the name of the individual who will provide
the services to the City]______________________________, who shall not be replaced without the written
consent of City's Director of Finance.
Assignment of Personnel. Consultant shall assign only competent personnel to perform services
pursuant to this agreement. In the event that City, in its sole discretion, at any time during the term of this
agreement, desires the removal of any such persons, Consultant shall, immediately upon receiving notice from
City of such desire of City, cause the removal of such person or persons.
Assignment and Subcontracting. It is recognized by the parties hereto that a substantial inducement
to City for entering into this agreement was, and is, the professional reputation and competence of Consultant.
Neither this agreement nor any interest therein may be assigned by Consultant without the prior written
approval of City's Director of Finance. Consultant shall not subcontract any portion of the performance
contemplated and provided for herein without prior written approval of the City's Director of Finance.
Insurance. On or before beginning any of the services or work called for by any term of this
agreement, Consultant, at its own cost and expense, shall carry, maintain for the duration of the agreement, and
provide proof thereof that is acceptable to the City the insurance specified in subsections (a) through (c) below
with insurers and under forms of insurance satisfactory in all respects to the City. Consultant shall not allow
any subcontractor to commence work on any subcontract until all insurance required of the Consultant has also
been obtained for the subcontractor.
(a) Workers' Compensation. Statutory Workers' Compensation Insurance and Employer's
Liability insurance for any and all persons employed directly or indirectly by Consultant
shall be provided with limits not less than one million dollars. In the alternative,
Consultant may rely on a self-insurance program to meet these requirements so long as
the program of self-insurance complies fully with the provisions of the California Labor
Code. The insurer, if insurance is provided, or the Consultant, if a program of self-
insurance is provided, shall waive all rights of subrogation against the City for loss
arising from work performed under this agreement.
(b) Commercial General and Automobile Liability. Consultant, at Consultant's own cost and
expense, shall maintain commercial general and automobile liability insurance for the
period covered by this agreement in an amount not less than one million dollars per
occurrence, combined single limit coverage for risks associated with the work
contemplated by this agreement. If a Commercial General Liability Insurance or an
Automobile Liability form or other form with a general aggregate limit is used, either the
general aggregate limit shall apply separately to the work to be performed under this
agreement or the general aggregate limit shall be at least twice the required occurrence
limit. Such coverage shall include but shall not be limited to, protection against claims
arising from bodily and personal injury, including death resulting therefrom, and damage
to property resulting from activities contemplated under this agreement, including the use
of owned and non-owned automobiles.
Coverage shall be at least as broad as Insurance Services Office Commercial General
Liability occurrence form CG 0001 and Insurance Services Office Automobile Liability
form CA 0001 Code 1 (any auto).
Each of the following shall be included in the insurance coverage or added as an
endorsement to the policy:
(i) City, its officers, employees, agents, and volunteers are to be covered as
insureds as respects each of the following: liability arising out of activities
performed by or on behalf of Consultant, including the insured's general
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
EXHIBIT A
SAMPLE CONTRACT
3 | P a g e
supervision of Consultant; products and completed operations of Consultant;
premises owned, occupied or used by Consultant; or automobiles owned,
leased, hired, or borrowed by Consultant. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
employees, agents, or volunteers.
(ii) The insurance shall cover on an occurrence basis, and not on the basis of an
accident or claims made.
(iii) The insurance must cover personal injuries as well as bodily injuries. Any
exclusion of contractual liability in personal injury provisions of the policy or
any endorsement to it must be eliminated.
(iv) The insurance must cover complete contractual liability. This may be
provided by amending the definition of "incidental contract" to include any
written agreement.
(v) Any explosion, collapse, and underground property damage exclusion must be
deleted.
(vi) An endorsement must state that coverage is primary insurance and that no
other insurance affected by the City will be called upon to contribute to a loss
under the coverage.
(vii) The policy must contain a cross liability or severability of interests clause.
(viii) Any failure of Consultant to comply with reporting provisions of the policy
shall not affect coverage provided to City and its officers, employees, agents,
and volunteers.
(ix) Broad form property damage liability must be afforded. A deductible that
does not exceed $25,000 may be provided.
(x) Insurance is to be placed with California- admitted insurers with a Best's
rating of no less than A:VII.
(xi) Notice of cancellation or non-renewal must be received by City at least thirty
days prior to such change.
(c) Professional Liability. Consultant, at Consultant's own cost and expense, shall maintain
for the period covered by this agreement professional liability insurance for licensed
professionals performing work pursuant to this agreement in an amount not less than one
million dollars covering the licensed professionals' errors and omissions, as follows:
(i) Any deductible shall not exceed $100,000 per claim.
(ii) Notice of cancellation or non-renewal must be received by the City at least
thirty days prior to such change.
(iii) If the professional liability coverages are written on an occurrence form, the
policy must contain a cross liability or severability of interest clause.
(iv) The following provisions shall apply if the professional liability coverages are
written on a claims made form:
1. The retroactive date of the policy must be shown and must be before the
date of the agreement.
2. Insurance must be maintained and evidence of insurance must be provided
for at least five years after completion of the agreement or the work.
3. If coverage is canceled or not renewed and it is not replaced with another
claims made policy form with a retroactive date that precedes the date of this
agreement, Consultant must provide extended reporting coverage for a
minimum of five years after completion of the agreement or the work.
4. A copy of the claim reporting requirements must be submitted to the City
prior to the commencement of any work under this agreement.
(d) Deductibles and Self-Insured Retentions. During the period covered by this agreement,
upon express written authorization of City's City Attorney, Consultant may increase such
deductibles or self-insured retentions with respect to City, its officers, employees, agents,
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
EXHIBIT A
SAMPLE CONTRACT
4 | P a g e
and volunteers. The City Consultant may condition approval of an increase in deductible
or self-insured retention levels upon a requirement that Consultant procure a bond
guaranteeing payment of losses and related investigations, claim administration, and
defense expenses that is satisfactory in all respects to each of them.
(e) Notice of Reduction in Coverage. In the event that any coverage required under
subsections (a), (b), or (c) of this section of the agreement is reduced, limited, or
materially affected in any other manner, Consultant shall provide written notice to City at
Consultant's earliest possible opportunity and in no case later than five days after
Consultant is notified of the change in coverage.
(f) In addition to any other remedies City may have if Consultant fails to provide or maintain
any insurance policies or policy endorsements to the extent and within the time herein
required, City may, at its sole option:
(i) Obtain such insurance and deduct and retain the amount of the premiums for
such insurance from any sums due under the agreement;
(ii) Order Consultant to stop work under this agreement or withhold any payment
which becomes due to Consultant hereunder, or both stop work and withhold
any payment, until Consultant demonstrates compliance with the requirements
hereof;
(iii) Terminate this agreement.
Exercise of any of the above remedies, however, is an alternative to other remedies City
may have and is not the exclusive remedy for Consultant's failure to maintain insurance
or secure appropriate endorsements.
Indemnification - Consultant's Responsibility.
(a) It is understood and agreed that Consultant has the professional skills, experience, and
knowledge necessary to perform the work agreed to be performed under this agreement, that City
relies upon the professional skills of Consultant to do and perform Consultant's work in a skillful
and professional manner, and Consultant thus agrees to so perform the work.
(b) Acceptance by City of the work performed under this agreement does not operate as a
release of said Consultant from such professional responsibility for the work performed. It is
further understood and agreed that Consultant is apprised of the scope of the work to be
performed under this agreement and Consultant agrees that said work can and shall be performed
in a fully competent manner.
(c) Consultant shall, to the fullest extent permitted by law, indemnify, protect, defend, and
hold harmless City, and its officers, employees, agents, and volunteers, from and against all
claims, demands, costs, or liability arising out of, pertaining to, or relating to the negligence,
recklessness, or willful misconduct of Consultant, its officers, employees, or agents during the
performance this Agreement, or from any violation of any federal, state, or municipal law or
ordinance to the extent caused, in whole or in part, by the negligence, reckless, or willful
misconduct of Consultant or its employees, subcontractors, or agents, or by the quality or
character of Consultant’s work, excepting only liability arising from the sole negligence, active
negligence, or intentional misconduct of City, its officers, employees, agents, and volunteers. It
is understood that the duty of Consultant to indemnify and hold harmless includes the duty to
defend as set forth in section 2778 of the California Civil Code. Acceptance of insurance
certificates and endorsements required under this agreement does not relieve Consultant from
liability under this indemnification and hold harmless clause. This indemnification and hold
harmless clause shall apply whether or not such insurance policies shall have been determined to
be applicable to any of such damages or claims for damages.
Licenses. If a license of any kind, which term is intended to include evidence of registration, is
required of Consultant, its employees, agents, or subcontractors by federal or state law, Consultant
warrants that such license has been obtained, is valid and in good standing, and shall keep in effect at
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
EXHIBIT A
SAMPLE CONTRACT
5 | P a g e
all times during the term of this agreement, and that any applicable bond has been posted in
accordance with all applicable laws and regulations.
Nondiscriminatory Employment Practices. In the performance of this agreement, Consultant agrees
to comply with the requirements of Hayward Municipal Code, Chapter 2, Article 7, Nondiscriminatory
Employment Practices by City Contractors, a summary of which is attached hereto as Exhibit B.
Termination. This agreement may be cancelled at any time by the City for its convenience upon
written notification to Consultant. In the event of termination, the Consultant shall be entitled to
compensation for services performed to the effective date of termination; provided, however, that the
City may condition payment of such compensation upon Consultant's delivery to the City of any or all
documents, photographs, computer software, video and audio tapes, and other materials provided to
Consultant or prepared by or for Consultant or the City in connection with this agreement.
Notices. Notices required by this agreement shall be personally delivered or mailed, postage prepaid,
as follows:
To Consultant: (Consultant Name)___________________________
(Address)__________________________________
__________________________________________
To the City: City Manager
777 B Street, 4th Floor
Hayward, CA 94541-5007
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
1 | P a g e
If these general provisions are incorporated by reference into a Purchase
Order for work and/or services, all references to "Bidder" or "Successful
Bidder" shall be construed to mean the Seller from whom work and
services are purchased by the City. The work and services described in
the accompanying Request for Quotation or Purchase Order hereinafter
shall be designated as "The Work".
1.00 Legal Relations and Responsibilities
1.01 Laws to be Observed: The Bidder shall keep itself fully informed of
all existing and future State and Federal laws, including O.S.H.A.
standards, and all municipal ordinances and regulations of the City of
Hayward which in any manner affect those engaged or employed in The
Work or the materials used in The Work, or which in any way affect the
conduct of The Work, and of all such orders and decrees of bodies or
tribunals having any jurisdiction or authority over the same.
1.02 Labor Discriminations: No discrimination shall be made in
employment of persons upon The Work because of the race, color or
religion of such persons, and any Successful Bidder which violates this
Section is subject to all the penalties imposed for a violations of Chapter
1, Part 7, Division 2, of the Labor Code of the State of California in
accordance with the provisions of Section 1735 thereof.
1.03 Prevailing Wage: The Successful Bidder hereby stipulates that
Sections 1771 and 1777.5 of the Labor Code of the State of California
shall be complied with and shall forfeit as a penalty to the City of
Hayward not more than fifty dollars ($50.00) for each calendar day or
portion thereof for each worker paid less than the general prevailing
rates of per diem wages as determined by the Department of Industrial
Relations for such work or craft in which such worker is employed on
The Work in violation of the Labor Code of the State of California, in
particular the provisions of Sections 1770 to 1780, Inclusive, thereof.
Copies of the general prevailing wage rates are on file in the office of the
City Engineer and are available to any interested parties on request.
1.03.1 Certified Payroll Records: Bidder shall maintain certified payroll
records as required by Section 1776 of the Labor Code. Copies of
certified payroll records shall be provided to the City of Hayward within
ten (10) days of written request by the City. Failure to provide copies of
certified payroll within the time prescribed by statute shall result in
imposition of monetary penalties or withholding of progress payments
due under the contract.
1.04 Permits and Licenses: Any person doing business in the City of
Hayward is required by Chapter 8, Section 1 of the Municipal code to pay
a business license tax. The successful bidder shall have or procure a
business license and, prior to initiation of work, show evidence thereof
to the Revenue Department. The successful bidder shall, in addition,
procure all permits, pay all charges and fees and give all notices
necessary and incidental to the due and lawful prosecution of The Work.
1.05 Encroachment Permit: The Successful Bidder shall obtain and/or
comply with any encroachment permits as set forth in the order.
1.06 Patents: The Successful Bidder shall assume all responsibilities
arising from the use of patented materials, equipment, devices, or
processes used on or incorporated in The Work.
1.07 Public Convenience and Safety: Attention is directed to all
applicable Sections of Chapter 7, Article 2, STREETS, "Disturbance of
Streets," of the City of Hayward Municipal Code.
Traffic control procedures stated herein and traffic control standard
plans shall be the MINIMUM accepted in the City of Hayward. Any
variations shall be approved by the Engineer prior to use. In no way shall
compliance with these specifications and standards relieve the
Successful Bidder of any liability for claims or damages arising from his
work.
All streets within the project limits shall remain open to traffic at all times
during the construction period. Between the hours of 5:00 PM and 8:00
AM, all lanes remain open to traffic.
Adequate traffic warning and control devices shall be provided and
maintained by the Successful Bidder during the construction period in
accordance with the "State of California Manual of Warning Signs, Lights
and Devices for Use In Performance of Work upon Highways" dated
1973. When inadequate traffic warning and control devices have been
installed, the City shall provide whatever facilities are deemed necessary
and will charge the Successful Bidder for the costs thereof as provided
in Section 7, Article 2 of the Hayward Municipal Code.
Traffic control signs, (regulatory, warning or construction type)
conforming to the State of California Standards, and any special-legend
signs required, except "NO PARKING" signs, shall be furnished by the
Successful Bidder as directed by the Engineer.
The Successful Bidder shall install and maintain all signs.
Any obstructions which will remain in the roadway after darkness MUST
BE adequately outlined with barricades with flashers or delineators
along with other warning devices. All barricades and delineators shall
conform to State of California Manual of Warning Signs, Lights, and
Devices for Use in Performance of Work upon Highways.
Safe and convenient pedestrian access shall be provided at all times.
Flagmen are mandatory at locations where equipment is intermittently
blocking a traffic lane or where only one lane is available for
two-direction traffic. One flagman is required for each direction of traffic
affected where only one lane is available for over 100 feet or when
required by the Engineer. When less than 20 feet of street width is
available for traffic, a flagman will be required. Flagman shall wear
distinctive clothing, such as a RED jacket.
All work specified herein shall be considered to be at the Successful
Bidder's expense.
1.08 Responsibility for Damage: The Successful Bidder shall take all
responsibility for the Work, shall bear all losses and damages directly or
indirectly resulting to the Bidder, to any subcontractor, to the City, to
City employees, or to parties designated in any purchase order
provision, on account of the performance or character of The Work,
unforeseen difficulties, accidents, occurrences or other causes predicted
on active or passive negligence of the City, or of parties designated in
any purchase order provisions. Said Bidder shall assume the defense of
and shall indemnify and hold harmless the City, its officers, officials,
directors, employees and agents from and against any or all loss,
liability, expense, claim, costs, suits and damages of every kind, nature
and description directly or indirectly arising from the performance of The
Work.
Approval of the insurance contract does not relieve the Successful
Bidder or subcontractors from liability under this clause.
1.09 Responsibility for Work: Except as provided above, until the formal
acceptance of The Work by the City, the Successful Bidder shall have the
charge and care thereof and shall bear the risk of injury or damage to
any part thereof by the action of the elements or from any other cause,
CITY OF HAYWARD GENERAL PROVISIONS FOR PURCHASES
OF WORK AND SERVICES
Exhibit B
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
2 | P a g e
whether arising from the execution or from the nonexecution of The
Work. The Successful Bidder shall rebuild, repair, and restore, and make
good all injuries or damages to any portion of The Work occasioned by
any of the above causes before final acceptance and shall bear the
expense thereof, except such injuries or damages occasioned by acts of
the Federal Government or of the public enemy.
1.10 No Personal Liability: Neither the City Council, officers, employees
or agents of the City of Hayward, nor any other officer or authorized
assistant or agent shall be personally responsible for any liability arising
from or in connection with The Work.
1.11 Responsibility of City: The City of Hayward shall not be held
responsible for the care or protection of any material or parts of The
Work prior to final acceptance, except as expressly provided for in these
specifications.
1.12 Successful Bidder Not an Agent of the City of Hayward: The right
of general supervision of the City of Hayward shall not make the
Successful Bidder an agent of the City; and the liability of the Successful
Bidder for all damages to persons or to public or private property arising
from the Successful Bidder's execution of The Work shall not be
lessened because of such general supervision.
1.13 Inspection and Payments Constitute No Waiver of Order Provisions:
Neither the Inspection by the City Engineer nor by an inspector or other
City representative, nor any payment of money, nor acceptance of any
part or whole of The Work by the City of Hayward or its agents shall
operate as a waiver of any provision of the order.
1.14 Insurance Requirements: Successful Bidder shall promptly obtain,
at the Bidder's own expense, all the insurance required by this section
and shall submit a completed copy of Coverage Verification signed by
the Successful Bidder's agent or broker to the City's Purchasing Division
for review and approval by the City. Insurance requirements must be
met prior to issuance of purchase order. It is highly recommended that
Bidders confer with their insurance carrier or broker to determine in
advance of bid submission the availability of insurance coverage and
endorsements as prescribed and provided herein. If an apparent
successful bidder fails to comply with the insurance requirements, that
Bidder may be disqualified.
(1) The Successful Bidder shall take out and maintain during the
life of the purchase order statutorily sufficient Workers' Compensation
and Employer's Liability Insurance for all of the Bidder's employees to
be engaged on The Work. Should any work be sublet, the Successful
Bidder shall require the subcontractor similarly to provide Workers'
Compensation and Employer's Liability Insurance, all in strict
compliance with State laws and to fully protect the City from any and all
claims arising out of occurrences on The Work.
(2) The Successful Bidder shall take out and maintain in the name
of the Successful Bidder and the City as a Named Insured during the life
of the purchase order, such Public Liability Insurance as shall protect
itself, the City, its officials, officers, directors, employees and agents from
claims which may arise from operations under the purchase order,
whether such operations be the Bidder, by the City, its officials, officers,
directors, employees and agents, any subcontractors, or by anyone
directly or indirectly employed by either of them. This Liability Insurance
shall include, but shall not be limited to, protection against claims arising
from bodily and personal injury and damage to property, resulting from
the Successful Bidder's, City's or subcontractor's operations, use of
owned or non-owned automobiles, products, and completed operations.
The amounts of insurance shall not be less than the following:
Single Limits Coverage Applying to Bodily and Personal Injury
Liability and Property Damage: $1,000,000.
If Commercial General Liability Insurance or other form with a General
Aggregate Limit is used, either the General Aggregate Limit shall apply
separately to the project/location or the General Aggregate Limit shall be
twice the required occurrence limit.
The following endorsements must be attached to the policy:
(a) If the Insurance policy covers on an "accident"
basis, it must be changed to "occurrence".
(b) The policy must contain a Cross Liability or
Severability of Interest Clause.
(c) The policy must cover complete Contractual liability.
Exclusions of contractual liability as to bodily injuries, personal injuries
and property MUST BE ELIMINATED from the basic policy
endorsements.
(d) Broad Form property damage liability must be
afforded. Permission is granted for deductible which shall not exceed
$10,000 without special approval of the City.
(e) Any failure to comply with reporting or other
provisions of the policies including brochures of warranties shall not
affect coverage provided to the City, its Officials, Officers, Directors,
Employees, or Agents.
(f) An endorsement shall be provided which states that
the coverage is PRIMARY INSURANCE and that no other insurance
effected by the City will be called upon to contribute to a loss under this
coverage.
(g) Cancellation, non-renewal or reduction in limits shall
be sent to the City with at least 10 days prior written notice, by certified
mail, return receipt requested.
(h)Insurance is to be placed with California Admitted Insurers
with an A.M. Best's Rating of no less than A:XI.
Successful Bidder shall not commence work until such insurance has
been approved by the City. The Successful Bidder shall not allow any
subcontractor to commence work on its subcontract until all similar
insurance required of the subcontractor has been obtained. Such
insurance shall remain in full force and effect at all times during the
prosecution of The Work and until the final completion and acceptance
thereof.
1.15 Disposal of Material Outside the Public Right of Way: The
Successful Bidder shall make his own arrangements for disposing of
materials outside the public right of way, and he shall pay all costs
involved.
1.16 Preservation of Property: Attention is directed to Section 1.08,
"Responsibility for Damage." Due care shall be exercised to avoid injury
to existing improvements or facilities, adjacent property and real or
personal property that is not to be removed.
1.17 Cooperation: Should work be performed by other firms, within or
adjacent to The Work specified, or should work of any other nature be
underway by other forces within or adjacent to said limits, the Successful
Bidder shall cooperate with all such other firms or other forces to the end
that any delay or hindrance to their work will be avoided. The right is
reserved to perform other or additional work at or near the site (including
material sources) at any time, by the use of other forces.
When two or more firms are employed on related or adjacent work, each
shall conduct his operation in such a manner as not to cause any
unnecessary delay or hindrance to the other. Each firm shall be
responsible to the other for all damage to work, to persons or property
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
3 | P a g e
caused to the other by his operations and for loss caused the other due
to his unnecessary delays or failure to finish The Work within the time
specified for completion.
1.18 Assignment: The performance of The Work may not be assigned
except upon the written consent of the Purchasing Agent. Consent will
not be given to any proposed assignment which would relieve the
Successful Bidder or its surety of their responsibilities under the order.
The Successful Bidder may assign monies due or to become due it under
the order and such assignment will be recognized by the City, if given
proper notice thereof, to the extent permitted by law. That any
assignment of money shall be subject to all proper set-offs in favor of
the City, and to all deductions provided for in the order, and particularly
all money withheld, whether or not assigned, shall be subject to being
used by the City for the completion of The Work, in event that the
Successful Bidder should be in default therein.
1.19 Time of Completion: The Successful Bidder shall complete all or
any designated portion of The Work in all parts and requirements within
the time set forth in the order.
1.20 Care and Protection: The Successful Bidder shall be entirely
responsible for any damage to the City's or adjacent property due to
hauling materials or other causes attributable to the conduct of his work,
and all such damage will be repaired by the Successful Bidder when and
as directed by the City's representative, and as required to place the
property in as good condition as before the commencement of The
Work.
1.21 Nondiscriminatory Employment Practices: In the performance of
this contract the contractor or subcontractor agrees as follows:
(1) AFFIRMATIVE ACTION - GENERAL
The contractor or subcontractor shall not discriminate against any
applicant for employment or employee on the grounds of race, color,
religion, national origin, ancestry, place of birth, sex, sexual orientation,
age, or disability. The contractor or subcontractor will take affirmative
action to ensure that its recruitment, selection, and evaluation practices
do not discriminate against any applicant for employment or employee.
The contractor or subcontractor shall also ensure that its personnel
policies, practices and procedures, including, but not limited to, the
transfer, promotion, demotion, suspension, layoff, or termination, rates
of pay and other form of compensation, and the selection for training
programs, apprenticeship, and on-the-job training do not discriminate
against any employee. The contractor or subcontractor shall post in
conspicuous places that are accessible to applicants for employment and
employees notices setting forth this Nondiscriminatory Employment
Practices Provision.
(2) RECRUITMENT
(a) Non-union employees. Advertising placed with any
media shall include the notation, "An Equal Opportunity Employer."
Advertisements shall be placed with media having large circulation
among minority groups or at school placement centers having large
minority student enrollments. The contractor or subcontractor will send
to each source of employee referrals, other than labor unions or workers'
representatives, a notice in such form and content as shall be furnished
or approved by the City, advertising said source of employee referrals of
its commitments under Chapter 2, Article 7, of the Hayward Municipal
Code, and shall post copies of the notices in conspicuous places
available to employees and applicants for employment.
Recruitment of non-union employees shall, to the maximum extent
possible, utilize the services of minority organizations likely to be referral
sources for minority group employees.
(b) Union employees. Union employees shall be
recruited in accordance with applicable labor agreements. The
contractor or subcontractor shall send to each labor union or
representative of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice, in such form and
content as shall be furnished or approved by the City, advising said labor
union or workers' representatives of its commitments under Chapter 2,
Article 7, of the Hayward Municipal Code, and shall post copies of the
notice in conspicuous places available to employees and applicants for
employment.
The contractor or sub-contractor agrees to seek the inclusion in all union
agreements to which it is a party, clauses prohibiting discrimination
based upon race, color, religion, national origin, ancestry, place of birth,
sex, sexual orientation, age, or disability. To the maximum extent
consistent with applicable labor agreements, the contractor or
subcontractor will attempt to recruit applicants without regard to race,
color, religion, national origin, ancestry, place of birth, sex, sexual
orientation, age, or disability.
(3) EQUAL EMPLOYMENT OPPORTUNITY OFFICER
The contractor or subcontractor shall designate one of its management
employees as its Equal Employment Opportunity Officer and assign such
officer the responsibility and authority to administer and promote an
active program to put the contractor's or subcontractor's
nondiscriminatory employment practices commitment into practice.
(4) ACCESS TO RECORDS
The contractor or subcontractor shall permit access during normal
business hours to its records of employment, employment
advertisements, completed application forms, and other pertinent data
and records when requested to do so by the City Manager or any
representative of the Fair Employment Practices Commission of the
State of California.
(5) COMPLIANCE REVIEW PROCEDURES
(a) The contractor or subcontractor shall, upon request
of the City Manager, submit its official payroll records together with a
monthly cumulative summary of all employee hours worked in
performance of its contract with or on behalf of the City identified as to
minority status.
(b) The contractor or subcontractor shall submit to a
formal, thorough review of its records, books, reports, and accounts
concerning its employment practices for the purpose of determining
whether they are nondiscriminatory. This review will be performed at
intervals during the performance of the contract as may be specified by
the City Manager.
Each review shall be followed within 30 days by either a written notice
to the contractor or subcontractor that it is in apparent compliance with
the Nondiscriminatory Employment Practices Provision of its contract or
by a citation of apparent deficiency, summary of findings, and a
statement of remedial commitment for signature by the contractor. If
the contractor or subcontractor fails to meet the commitments it has
made in executing such statement, the City Manager shall issue a notice
of intent to initiate an action against the contractor or subcontractor with
the Fair Employment Practices Commission for willful violation of the
Nondiscriminatory Employment Practices Provision and the California
Fair Employment Practices Act in not less than 30 days or such notice of
intent.
(6) VIOLATIONS
The City Manager shall deem a finding of willful violation of the
Nondiscrimination Employment Practices Provision and the California
Fair Employment Practices Act to have occurred upon receipt of written
notice from the Fair Employment Practices Commission that it has
investigated and determined that the contractor or subcontractor has
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
4 | P a g e
violated the Fair Employment Practices Act and has issued an order
under Labor Code Section 1426, which has become final, or obtained
relief under Labor Code Sections 1429 and 1429.1, or an appropriate
federal commission or agency, or a court of the State of California, or if
the United States Government finds, in any action or proceeding to
which the contractor or subcontractor is a party, that it discriminated
against employees or applicants for employment in the performance of
this contract. Upon receipt or such notice or final judgment, the City
Manager shall notify the contractor or subcontractor that unless it
demonstrates to the satisfaction of the City Council within a stated
reasonable period that the violation has been corrected, said contractor
or subcontractor shall be subject to the remedies hereinafter provided.
(7) REMEDIES FOR WILLFUL VIOLATION
The contractor or subcontractor agrees that a finding of willful violation
of the California State Fair Employment Practices Act or of this
Nondiscriminatory Employment Practices Provision shall be regarded by
the City Council as a basis for determining whether or not it is a
responsible bidder as to future contracts for which such contractor or
subcontractor may submit bids. The contractor or subcontractor further
agrees that such disqualification by said City Council shall remain in
effect for one year or until it demonstrates to the satisfaction of the City
Manager that its employment practices are in conformity with the
nondiscrimination provisions of the article.
The contractor or subcontractor further agrees that the contractor or
subcontractor shall, as a penalty to the City of Hayward, forfeit for each
calendar day or portion thereof an amount not to exceed $250 or 1
percent of the total contract amount, whichever is greater. Such penalty
may be deducted from any sums due to the contractor or subcontractor
or recovered by the City through maintenance of an action in any court
of competent jurisdiction.
Prior to making any determination with respect to reinstatement of a
contractor or subcontractor as a responsible bidder, the City Council may
refer the matter to the Human Relations Commission of the City of
Hayward for a report and recommendation. The contractor or
subcontractor agrees to cooperate to the fullest extent with said Human
Relations commission in its exercise of the authority here conferred,
including, but not limited to, promptly furnishing reports requested by
the commission's review of matters relating to such reinstatement.
1.22 Acceptance and/or Rejection of Bids: The City reserves the right to
reject any or all bids, or to accept separate items in a bid. In addition the
City reserves the right to cancel a Request for Bids or an award at any
time.
1.23 Waiving Minor Irregularities: The City may waive any minor
irregularities in a bid or in the bidding process and make award
accordingly.
1.24 Nuclear Affirmation Requirements: A purchase order has no force
or effect until the person to which it is issued has on file with the City or
executes and returns to the City of Hayward's Purchasing Manager an
Affirmation Of Non-Involvement In Development Or Production Of
Nuclear Weapons. City of Hayward Ordinance 87-024 C.S. defines
"nuclear weapons" as "any device the intended explosion of which
results from the energy released by fission or fusion reactions involving
atomic nuclei." The ordinance defines "person" as "any person, private
corporation, institution or other entity."
1.25 Hazardous Material Requirements: The contractor shall comply
with all government laws, rules and regulations concerning the use of
hazardous materials and the disposal of hazardous wastes at the job site,
including but not limited to the following:
(1) The contractor shall not bring hazardous materials onto the job
site or deliver hazardous materials without providing the City, in
advance, the Material Safety Data Sheets for each hazardous material
introduced. Where applicable, materials must be labeled in accordance
with Section 5194, Title 8, of the California Administrative Code. The
contractor is required to include a Material Safety Data Sheet prepared
in accordance with Section 5194 (g) with each shipment of all such
materials to the City. No hazardous material will be introduced onto the
job site until the City gives written approval for each hazardous material.
(2) All hazardous material shall be stored and used in a safe
manner and shall not be stored or used in any vehicular or pedestrian
traffic lanes.
(3) Any hazardous products, waste or empty containers used or
generated shall not be poured down any drain or sewer nor disposed of
in any trash container or dumpster.
(4) The contractor will be considered to be the hazardous waste
generator and will be responsible for the legal transport and disposal of
all hazardous waste. No containers or trash will be left in any building
or on any job site.
(5) The contractor shall not disturb or damage any existing pipe
lagging or equipment insulation or other asbestos material on the job
site. If any asbestos material is disturbed or damaged, the contractor
shall immediately notify the City and the situation will be considered an
"asbestos release" under State and Federal Regulations. The job will be
shut down immediately until all appropriate State and Federal
notifications have been complete and all testing completed to determine
if any asbestos fibers have been released.
(6) Violation of any of the above procedures shall be sufficient
cause for the City to stop all work. Any expense incurred by the City
caused by the work stoppage will be borne by the contractor. These
expenses will include all costs to return the job site and all other areas
contaminated by the contractor to a hazard-free condition.
(7) The contractor will be solely responsible for all the costs,
including fines and penalties, for the investigation and cleanups of any
suspected hazardous materials the contractor used, left on the job site,
or dumped down a City drain or sewer, and any damage to property
and/or injury to any person.
1.26 Recycled Materials: It is the policy of the City of Hayward to
encourage the use of recycled materials, reusable products, and
products designed to be recycled. Contractors and suppliers shall use or
provide such materials or products to the maximum extent practicable
and allowable within the specifications prepared by the City, provided
however, that the performance or operational effectiveness of the
product or material is not detrimentally effected nor the health and safety
of the citizens or employees of the City of Hayward negatively impacted
by the use of such products or materials.
(REV. 01/31/13)
Bid# 1919-051019
PRIVATE PROPERTY GRAFFITI ABATEMENT SERVICES
Exhibit C
1 | P a g e
AFFIRMATION ON NON-INVOLVEMENT IN DEVELOPMENT OF PRODUCTION OF NUCLEAR WEAPONS
The undersigned hereby certifies: That it understands that City of Hayward Ordinance No.87024 C.S. prohibits award of contract to, or purchase of goods or services from, "any person which is knowingly or intentionally engaged in the development or production of nuclear weapons." That it understands the ordinance defines "Nuclear Weapon" as "any device the intended explosion of which results from the energy released by fission or fusion reactions involving atomic nuclei." That it understands the ordinance defines "Person" as "any person, private corporation, institution or other entity..." As the owner or company official of the firm identified below, I affirm that this company is not knowingly or intentionally engaged in such development or production. ___________________________________ _________________________________________ Print/Type Company Name Print/Type Official Name & Title ___________________________________ _________________________________________ Company Address Signature of Company Official ___________________________________ _________________________________________ City/State/Zip Code Date